SOLICITATION NOTICE
Z -- Repair Storm Damage at Historic Hangar B Floyd Bennett Field
- Notice Date
- 2/5/2015
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Interior, National Park Service, NPS - All Offices, 12795 West Alameda Parkway, Post Office Box 25287, Denver, Colorado, 80225-0287
- ZIP Code
- 80225-0287
- Solicitation Number
- P15PS00421
- Archive Date
- 2/27/2015
- Point of Contact
- Victoria Nosal, Phone: (303) 969-2203, Aaron Adams, Phone: (303) 969-2789
- E-Mail Address
-
victoria_nosal@nps.gov, aaron_adams@nps.gov
(victoria_nosal@nps.gov, aaron_adams@nps.gov)
- Small Business Set-Aside
- N/A
- Description
- PROJECT TITLE: Repair Storm Damage at Historic Hangar B Floyd Bennett Field Brooklyn, NY Project No. GATE 195021 GENERAL: The National Park Service, Department of Interior, will be soliciting proposals from construction firms having the capability to perform the work described below. This is a presolicitation notice only and does not constitute a solicitation; accordingly, no response is due at this time. Specific instructions on submitting proposals will be contained in the solicitation documents to be issued on or after the date listed below. It is anticipated that a solicitation will be issued electronically, on or after February 20, 2015 on the Federal Business Opportunities (www.fbo.gov) website. Responses will be due approximately 30 days or more following the issuance of the solicitation, once posted. Actual proposal receipt date will be established at the time solicitation documents are available. This pre-solicitation announcement does not constitute a solicitation. The entire solicitation package with all attached documents will be available in Microsoft Word, HTML, and/or Adobe PDF, Specifications and drawings will be available in Adobe PDF format through fbo.gov. Paper copies of this solicitation will not be made available. DESCRIPTION: The intent of this project is to restore the building envelope to be weather proof and resist hurricane damage. The construction work includes the following: High Roof Area (Hangar) Reroof Hangar Repair Skylight Monitors Assess and Repair Hangar Roof Storm Drainage System Repair Hangar Door Canopy Roofs - Abate ACM transite panels & reroof w/ metal decking. Re-roof Hangar Door Pocket Roofs Hangar East Clerestory Windows -Repair Hangar West Clerestory Windows - Repair West Lean ‐ to Interior - Clean area (two floors) and safe ‐ off to prevent rodent infestation. Replace water damaged walls, and removed water damaged ceilings East Lean ‐ to ‐ Exterior Wall ‐ repair windows. West Lean ‐ to Roof - Repair existing roof. Remove damaged plank roof decking, repair steel, and replace with new metal decking. Install new roofing system, with new alum gutters and downspouts. East Lean ‐ to Roof - Repair existing roof. Remove damaged gypsum plank roof decking, repair steel, and replace with new metal decking. Install new roofing system, with new alum gutters and downspouts. Miscellaneous Repairs Patch transite panels, and replace missing doors, etc. Repairs to West lean ‐ to façade, including windows, remove aluminum awning. Repair damaged block base, including cracks and holes. Paint hangar doors, repair door gaskets and repair or replace tracks, etc. Restore historic painted "US Naval..." lettering on the building façade. Repair interior hanging lights to be operational. •11. North Tunnel - Pump out standing water, dry-out and seal. PROCUREMENT TYPE: A negotiated firm-fixed price contract will be awarded requiring submission of both a technical and a price proposal. The government will consider an offeror's technical capability in comparison to its price to determine the best value (trade-off process) to the government. SET-ASIDE TYPE: The anticipated acquisition will be set aside for Small Business. Submissions received from responsible Small Business firms will be considered. NAICS CODE: The NAICS code for this project is 236220 Commercial and Institutional Building Construction and the small business size standard is $36.5 million. MAGNITUDE: The project magnitude is estimated between $3,000,000 and $6,000,000. DURATION: The contract duration will be 210 calendar days following award. SITE VISIT: It is anticipated that a Pre-Proposal Conference/Site Visit will be scheduled to be held sometime during the week of March 2, 2015. Specific details regarding this meeting will be provided in the solicitation, once posted. ADDITIONAL INFO: Vendors can search for opportunities and award history on fbo.gov without registering. The Federal Business Opportunities ( www.fbo.gov ) website includes an Interested Vendors List and a Watch List, which allows interested companies to add their company name to these two lists. Registering provides opportunity to receive notifications, which is a tool of convenience only and does not serve as a guarantee of notification. Interested vendors and plan holders are required to visit the website periodically to check for amendments and other changes to the synopsis or solicitation documents. It is the policy of the Government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns. Such concerns must also have the maximum practicable opportunity to participate as subcontractors in the contracts awarded by any executive agency, consistent with efficient contract performance. All offerors, are strongly encouraged to contact their local Small Business Administration office, to post their need for qualified subcontractors on SUB-Net accessed at http://web.sba.gov/subnet/, and to utilize the Small Business Administration's Dynamic Small Business Search for potential subcontractors within these various socio-economic categories. REQUIREMENTS: You are required to have a DUNS number and an active registration in SAM, System for Award Management ( www.sam.gov ) in order to conduct business with the Federal Government. Online representations and certifications must also be completed using SAM.gov. For questions please contact the Contract Specialist, Ms. Victoria Nosal preferably via email at Victoria_Nosal@nps.gov or alternatively by telephone at (303)969-2203.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P15PS00421/listing.html)
- Place of Performance
- Address: Brooklyn, NY (Floyd Bennet Field), United States
- Record
- SN03634867-W 20150207/150205235925-c11d285d236c2db7b21c4831e4525c84 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |